Top Banner
Page 1 of 18 REQUEST FOR PROPOSAL 18-01 <NSA CRANE AND LAKE GLENDORA TEST FACILITY LAND USE ANALYSIS AND OUTREACH> RADIUS INDIANA 1504 I STREET BEDFORD, IN, 47421 October 11, 2018 All responses to this RFP are due no later than 4:30 pm EST November 15, 2018.
18

REQUEST FOR P 18-01

Mar 31, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: REQUEST FOR P 18-01

Page 1 of 18

REQUEST FOR PROPOSAL 18-01 <NSA CRANE AND LAKE GLENDORA TEST FACILITY

LAND USE ANALYSIS AND OUTREACH>

RADIUS INDIANA

1504 I STREET

BEDFORD, IN, 47421

October 11, 2018

All responses to this RFP are due no later than 4:30 pm EST November 15, 2018.

Page 2: REQUEST FOR P 18-01

Page 2 of 18

TABLE OF CONTENTS

1. SUMMARY AND BACKGROUND 3

2. PROPOSAL GUIDELINES 4

3. PROJECT PURPOSE 5

4. PROJECT SCOPE 6

5. REQUEST FOR PROPOSAL TIMELINE 8

6. TECHNICAL PROPOSAL 9

7. COST PROPOSAL 10

8. MANDATORY MANAGEMENT AND BUSINESS QUALIFICATIONS 10

9. SUBCONTRACTORS 11

10. PROPOSAL CLAIRIFICATIONS AND DISCUSSIONS, AND CONTRACT DISCUSSIONS 11

11. PROPOSAL EVALUATION CRITERIA 12

12. Attachment A 15

13. Attachment B 17

Page 3: REQUEST FOR P 18-01

Page 3 of 18

1. SUMMARY AND BACKGROUND

Radius Indiana acting in its capacity as Program Manager for the Indiana Office of Defense Development

is accepting proposals to establish a baseline inventory of all properties and land use characteristics within

a buffer zone defined as a three-mile perimeter of Naval Support Activity (NSA) Crane and Lake

Glendora Test Facility (LGTF), and then to carry out research and identification of funding sources that

can be utilized to implement voluntary encroachment safeguards via easements, purchase of development

rights, acquisition and other voluntary land use controls.

There has long been a military presence in the southwestern area of Indiana, which consists of Naval

Support Activity Crane, (NSA Crane), the nation’s third largest naval base. Located approximately 70

miles southwest of Indianapolis and 90 miles northeast of Evansville, NSA Crane and LGTF are

surrounded by Daviess County, Greene County, Lawrence County, Martin County and Sullivan County

and the incorporated and unincorporated communities within them. NSA Crane engages in technological,

logistical, and munitions missions with little impact on the surrounding area due to the region’s sparse

population and limited traffic. It is an economic engine of prosperity, enabling jobs for more than 5,000

workers who reside in the counties around the base.

The Indiana Office of Community and Rural Affairs (OCRA) received financial assistance from the

Department of Defense Office of Economic Adjustment (OEA) in 2014 to conduct a Joint Land Use

Study (JLUS). OCRA recently completed the NSA Crane JLUS for the base and its LGTF. This was a 24-

month collaborative study between NSA Crane, surrounding counties, and other state and regional

organizations. An organized communications effort between local jurisdictions, NSA Crane, the LGTF

and other stakeholder entities that own or manage land within the regions was needed to address the need

for future growth around the installation to be coordinated and compatible with current and future military

operations.

The NSA Crane JLUS final report (available at www.cranejlus.com) contains detailed implementation

plans and strategies. These implementation plans and strategies incorporate a variety of actions that can

be implemented to promote compatible land use and resource planning.

The Indiana office of Defense Development (IODD) received a follow-on grant from OEA to implement

portions of the NSA Crane JLUS final report. IODD contracted with Radius Indiana to act as the Program

Manger and lead organization to execute the OEA grant.

The White River Military Coordination Alliance (WRMCA) is comprised of State and Local government

officials, regional and local economic development officials and NSA Crane representatives. The mission

of the Alliance is to promote community growth that is compatible with and/or supports the military

missions of NSA Crane/LGTF and to establish effective and timely means of communication between

communities for the purpose of coordinating and addressing mutual concerns and issues.

The purpose of this Request for Proposal (RFP) is to solicit proposals from candidate organizations,

conduct an evaluation based on criteria, and select the candidate who best represents the requirements

outlined herein.

Page 4: REQUEST FOR P 18-01

Page 4 of 18

Resource Documents Available at http://www.radiusindiana.com/resources/radius-indiana-bid-

information/

NSA Crane Joint Land Use Study

Crane Introduction & Overview

White River Military Coordination Alliance Overview

Compatible Land Use Funding (CLUF) Database at http://cluf.cardno.com/login.aspx

The Compatible Land Use Funding (CLUF) Database assists individuals, communities, and organizations

in identifying opportunities to obtain external environmental grants. The Database attempts to capture and

summarize most of those programs that are annually available, and it is regularly reviewed and updated to

maintain its relevance and accuracy.

2. PROPOSAL GUIDELINES This Request for Proposal represents the specifications for a competitive process. Proposals will be

accepted until 4:30pm EST 15 November, 2018. Any proposals received after this date and time will be

returned to the sender. An official agent or representative of the company submitting the proposal must

sign all proposals. (See Attachment A)

Contract terms and conditions will be negotiated upon selection of the winning bidder for this RFP. All

contractual terms and conditions will be subject to review by Indiana Office of Defense Development and

Department of Defense Office of Economic Adjustment and will include scope, budget, schedule, and

other necessary items pertaining to the project.

Pursuant to Indiana Code 4-13-16.5 and in accordance with 25 Indiana Administrative Code 5, it has

been determined that there is a reasonable expectation of minority and woman business enterprises

opportunities on a contract awarded under this RFP. Additionally, with Executive Order 13-04 and IC 5-

22-14-3.5, it has been determined that there is a reasonable expectation of Indiana Veterans Business

Enterprises opportunities on a contract awarded under this RFP. (See Attachment B)

To facilitate the timely evaluation of proposals, a standard format for proposal submission has been

developed and is described in this section. All Respondents are required to format their proposals in a

manner consistent with the guidelines described below:

▪ Each item must be addressed in the Respondent’s proposal.

▪ The Transmittal Letter must be in the form of a letter. The business and technical proposals must be

organized under the specific section titles as listed below.

▪ The electronic copies of the proposal submitted via CD-ROM or USB Flash Drive should be

organized to mirror the sections below and the attachments.

▪ Each item, i.e. Proposal Submission Statement, Business & Management Proposal, Technical

Proposal, Cost Proposal, etc, must be separate standalone electronic files on the CD-ROM or USB

Flash Drive. Please do not submit your proposal as one large file.

▪ Whenever possible, please submit all attachments in their original format.

▪ Confidential Information must also be clearly marked in a separate folder/file on any included CD-

ROM or USB Flash Drive.

Page 5: REQUEST FOR P 18-01

Page 5 of 18

Business and Management Proposal guidelines:

The Business and Management Proposal must address the topics identified in Section 8 of this RFP. This

section of the proposal may be used to introduce or summarize any information the Respondent deems

relevant or important to the Radius successful acquisition of the products and/or services requested in this

RFP. It should include the legal form of the Respondent’s business organization, the state in which

formed, the types of business ventures in which the organization is involved, and a chart of the

organization in this section.

If the organization includes more than one product division, the division responsible for the development

and marketing of the requested products and/or services in the United States must be described in more

detail than other components of the organization. If the organization submitting a proposal outsources or

contracts any work to meet the requirements contained herein, this must be clearly stated in this proposal.

Technical Proposal guidelines:

The Technical Proposal must address the topics identified in Sections 4 and 6 of this RFP. This section of

the proposal may be used to introduce or summarize any information the Respondent deems relevant or

important to the Radius successful acquisition of the products and/or services requested in this RFP.

The Technical Proposal should be divided into the sections as described in Section 6 of this RFP. The

body of the technical proposal must contain a meaningful summary of the technical approach to

accomplish the identified tasking of this RFP. In addition to the responses you provide in the proposal

regarding your company’s ability and methodology to provide the listed deliverables, please also include

a timeline for providing said deliverables.

Cost Proposal guidelines:

The Cost Proposal must address the topics identified in Sections 4 and 7 of this RFP. This section of the

proposal may be used to introduce or summarize any information the Respondent deems relevant or

important to the Radius successful acquisition of the products and/or services requested in this RFP.

Additionally, all costs included in proposals must be all-inclusive to include any outsourced or contracted

work. All costs must be itemized to include an explanation of all fees and costs.

If the organization submitting a proposal outsources or contracts any work to meet the requirements

contained herein, this must be clearly stated in the proposal. Additionally, all costs included in proposals

must be all-inclusive to include any outsourced or contracted work. Any proposals which call for

outsourcing or contracting work must include a name and description of the organizations being

contracted.

3. PROJECT PURPOSE AND DESCRIPTION

The purpose of this project is as follows: The NSA Crane JLUS final report identified several specific

recommendations that involve voluntary participation by the public in programs to prevent incompatible

development within the three-mile perimeter that might negatively impact NSA Crane missions.

Additional information and effort is needed to address the specific NSA Crane JLUS recommendations

identified as: AT-1B, BIO-1A, BIO-1B and LU-1C. This effort will address several items by gathering

and assessing data at the parcel level within the three-mile buffer around NSA Crane and LGTF,

Page 6: REQUEST FOR P 18-01

Page 6 of 18

identifying parcels with the highest development potential, meeting with stakeholders and educating the

public on optional programs for land use conservation and identifying means for landowners to become

engaged in such programs. The overall intent is to help preserve the missions at NSA Crane and LGTF by

inviting the public to participate in compatible land use programs.

Project Description:

Buffer Zone Map of Parcels

Develop a Buffer zone map with various GIS layers. The map must show existing land use status for

parcels within the three-mile perimeter of NSA Crane and LGTF. The Buffer zone map will utilize the

latest web-based technology to create a map site that is user friendly, simple to use, and provides detailed

information about the three-mile buffer.

Optimized Compatible Land Use Programs

Program research will utilize the current land attributes to identify a list of potential compatible land use

incentive programs that are relevant to land owners within the three-mile perimeter. The chosen provider

will provide and document details on each program sufficient to inform the landowners of their options.

Compatible Land Use Programs Outreach

The provider shall facilitate a series of public outreach meetings to inform residents and landowners of

these options. The public outreach efforts must convey the voluntary nature of the programs to the

landowners and how they contribute to the environment and military compatibility. Outreach must be

sufficient to make large numbers of landowners exposed to new information that may lead them to

voluntarily enroll their property in such programs.

The provider will modify the existing www.cranejlus.com website to host the Buffer zone map. A

technical report will be developed to include results of all research, analysis, conclusions, points of

contacts and summary level and detailed level information. GIS products created or provided shall be

compatible with Esri Desktop, Server, and Cloud solutions. Data obtained should be, unless otherwise

approved, in File Geodatabase format or Shapefile, based on business requirements. Data sets shall be

obtained from authoritative sources and current. Update schedules should be included in Federal

Geographic Data Committee (FGDC) compliant metadata.

4. PROJECT SCOPE The selected consultant will develop and support all design, development, assessment, documentation,

licensing, and hosting of Buffer zone information, Analysis and Public outreach on potential conservation

incentives.

Responses to this Request for Proposal shall include a detailed work plan to:

Address the overall timeline and milestones necessary to complete the services;

Identify specific activities that will be accomplished each month;

Identify staffing and number of hours devoted to each activity; and,

Describe the work products/deliverables produced for each activity.

The selected bidder will be responsible for planning and conducting the research, analysis and outreach

with assistance from WRMCA, Radius Indiana, Indiana Office of Defense Development and NSA Crane.

Page 7: REQUEST FOR P 18-01

Page 7 of 18

The following criteria must be met to achieve a successful project:

• Conduct a site visit.

• Participate in a minimum of three WRMCA meetings.

• Create a visually and aesthetically pleasing Buffer zone map design with a User-friendly

interface that is easy to navigate.

• Assure the Buffer zone map will be compatible with all current web browsing technology and

easily upgradeable.

• Ability to work closely with Radius Indiana staff on coordination of project tasks and resources.

• Modify the www.cranejlus.com website to include a Buffer zone map that includes GIS data

with sufficient layers necessary to support identification of relevant compatible land use

programs. Layers should include, at a minimum:

o Soil types

o Elevation LIDAR

o Land use type

o Flood plain status

o Known brown field/environmental documents

o Endangered species habitat

o Wetlands status

o Plotted/recorded easements and or land use restrictions

o NSA Crane Noise contours

o Parcel Ownership

o Hydrology

o Transportation

o Imagery

o Other layers identified by contractor

• The Buffer zone map developed shall include layers of information that turn on or off to enable

evaluation of parcels either singularly or regionally.

• The Buffer zone map developed layers must be readily useful to landowners, NSA Crane staff

and agencies that may offer incentives to mitigate incompatible development.

• Establish a Buffer zone map that highlights compatible land use methods in the buffer zone.

• Identify a minimum of ten compatible land use programs that are optimized for the existing land

use characteristics.

• Identify a minimum of two optimal compatible land use programs for each parcel.

• Establish relevant compatible land use program information sufficient to identify basic

characteristics, incentives offered, advantages and eligibility requirements.

• Facilitate up to four Public Outreach meetings near NSA Crane and LGTF.

• Public Outreach meetings will include pamphlets and brochures that describes relevant programs

in detail and have a one-page pamphlet that lists all the potential programs available.

• Public Outreach will include a matrix that shows general conditions of property that might lend a

parcel to inclusion in one program or another (i.e., forested parcel look at program G, wetland

parcels look at program E, prime farmland parcels look at program Y, etc.)

• Public Outreach should include a minimum of 3 subject matter experts on relevant programs to

answer any detailed questions.

Responders may propose modifications to the activities and sequencing, based on previous experience

which would improve the effectiveness of the study effort while maintaining the budget and timeframe.

Page 8: REQUEST FOR P 18-01

Page 8 of 18

5. PROJECT TIMELINE

Request for Proposal Timeline:

All proposals in response to this RFP are due no later than 4:30 pm EST November 15, 2018.

Radius will accept written questions about this request for proposal between the hours of 08:30 am and

4:30 pm Monday thru Friday until 4:30 pm EST November 5, 2018. Questions/Inquiries may be

submitted, via email to [email protected] and must be received by the time and date indicated

above.

Radius personnel will compile a list of the questions/inquiries submitted by all Respondents. The

questions and responses will be posted to the Radius website. Only answers posted on the Radius website

will be considered official and valid by Radius. No Respondent shall rely upon, take any action, or make

any decision based upon any verbal communication with any Radius employee.

The following timeline is only an illustration of the RFP process. The dates associated with each step are

not to be considered binding. Due to the unpredictable nature of the evaluation period, these dates are

commonly subject to change. At the conclusion of the evaluation process, all Respondents will be

informed of the evaluation team’s findings.

Key RFP Dates

Issue of RFP 11 October, 2018

Deadline to Submit Written Questions

5 November, 2018 by 4:30 P.M. EST

Final Response to Written Questions

9 November, 2018

Submission of Proposals 15 November, 2018 by 4:30 P.M. EST

The dates for the following activities are target dates only. These activities may be completed earlier or later than the date shown.

Proposal Evaluation TBD

Proposal Discussions/Clarifications (if necessary) TBD

Oral Presentations (if necessary) TBD

Best and Final Offers (if necessary) TBD

RFP Award Recommendation 15 December, 2018

All proposals must be received at the address below by Radius no later than 4:30 pm EST November

15, 2018. Each Respondent must submit one original hard-copy (marked “Original”) and one original

CD-ROM or USB Flash Drive (marked "Original") and 10 complete copies on CD-ROM or USB

Flash Drive of the proposal and other related documentation as required in this RFP. The original CD-

ROM or USB Flash Drive will be considered the official response in evaluating responses for scoring.

Page 9: REQUEST FOR P 18-01

Page 9 of 18

ATTN: Crane Community Support

RADIUS INDIANA

1504 I STREET

BEDFORD, IN, 47421

If you ship or mail solicitation responses: United States Postal Express and Certified Mail are both

delivered to Radius. It is the responsibility of the Respondent to make sure that solicitation responses are

received by Radius on or before the designated time and date. Late submissions will not be accepted.

Regardless of delivery method, all proposal packages must be sealed and clearly marked with the RFP

number, due date, and time due. Radius will not accept any unsealed bids. Any proposal received by

Radius after the due date and time will not be considered. Any late proposals will be returned, unopened,

to the Respondent upon request. All rejected proposals not claimed within 30 days of the proposal due

date will be destroyed.

Radius accepts no obligations for costs incurred by Respondents in anticipation of being awarded a

contract.

6. TECHNICAL PROPOSAL:

The Technical Proposal must be divided into the sections as described below. Where appropriate,

supporting documentation may be referenced by a page and paragraph number. However, when this is

done, the body of the technical proposal must contain a meaningful summary of the referenced material.

The referenced document must be included as an appendix to the technical proposal with referenced

sections clearly marked. If there are multiple references or multiple documents, these must be listed and

organized for ease of use by Radius.

The technical proposal should address the following sections provided below.

Buffer Zone map of parcels

Optimized Compatible Land Use Programs

Complete Public Outreach meetings

Final deliverables

• Explain how the respondent will work with Radius throughout the process and suggested

approaches to building in regular updates and alignment sessions with WRMCA.

• Recommend a timeline for the project that would include deadlines for specific aspects of the

work.

• Explain, in detail, how the respondent plans to collect necessary data to inform the project,

including how they will use existing regional strategies, data and reports prepared for the region.

• Detail any unique approaches or considerations required given the rural nature of the area

surrounding NSA Crane and LGTF.

In addition to the responses you provide in proposal regarding your company’s ability and methodology

to provide the listed deliverables, please also include a timeline for providing said deliverables. For each

portion of the proposed products or services to be provided by a subcontractor, the technical proposal

must include the identification of the functions to be provided by the subcontractor and the

subcontractor’s related qualifications and experience.

Page 10: REQUEST FOR P 18-01

Page 10 of 18

Project initiation and planning phase must be completed by 35 days after contract award. All project

activity and deliverables must be completed no later than 12 months after award of the contract.

Final deliverables are:

1. Updated Website with Parcel and Compatible Program information

2. A technical report will be developed to include results of all research, analysis, conclusions,

points of contacts and summary level and detailed level information on each conservation

program

7. COST PROPOSALS

The Cost proposal should contain a line item budget with all personnel costs (including fringe benefits

where applicable), travel, supplies, etc.

Responders may propose modifications to the activities and sequencing, that based on previous

experience would improve the effectiveness of the effort while maintaining the budget and timeframe.

This solicitation is funded by federal dollars. The award from the OEA addresses multiple JLUS

implementation efforts. The budget for this Buffer Zone analysis and outreach is $106, 000.

All proposals must include proposed costs to complete the tasks described in the project scope. Costs

should be stated as one-time costs. Pricing should be listed for each of the following items in accordance

with the format below:

Project Management and Planning

Land Use Research and Data Gathering

Buffer Zone Map Development

Optimal Compatible Land Use Program Assessment

Public Outreach Planning and Meetings

Final deliverables

NOTE: All costs and fees must be clearly described in each proposal.

Pricing on this RFP must be firm and remain open for a period of not less than 180 days from the

proposal due date.

8. MANDATORY MANAGEMENT AND BUSINESS QUALIFICATIONS

Bidders must provide the following items as part of their proposal for consideration:

• List of how many full time, part time, and contractor staff in your organization

• Examples of 3 or more GIS map sites designed and implemented by your organization

• Testimonials from past clients on GIS maps, land use analysis, research of land use incentives

and facilitating public outreach, at least 3.

Page 11: REQUEST FOR P 18-01

Page 11 of 18

• Anticipated resources you will assign to this project (total number, role, title, experience)

• Timeframe for completion of the project

• Project management methodology

• Experience working with military organizations and local elected officials.

9. SUBCONTRACTORS

The Respondent is responsible for the performance of any obligations that may result from this RFP and

shall not be relieved by the non-performance of any subcontractor. The respondent shall be responsible

for completely supervising and directing the work under this contract and all subcontractors that he may

utilize, using his best skill and attention. Subcontractors who perform work under this contract shall be

responsible to the prime contractor. The Respondent agrees that he is as fully responsible for the acts and

omissions of his subcontractors and of persons employed by them as he is for the acts and omissions of

his own employees.

Any Respondent’s proposal must identify all subcontractors and describe the contractual relationship

between the Respondent and each subcontractor. Either a copy of the executed subcontract or a letter of

agreement over the official signature of the firms involved must accompany each proposal.

Any subcontracts entered into by the Respondent must be in compliance with all State of Indiana statutes,

and will be subject to the provisions thereof. For each portion of the proposed products or services to be

provided by a subcontractor, the technical proposal must include the identification of the functions to be

provided by the subcontractor and the subcontractor’s related qualifications and experience.

The combined qualifications and experience of the Respondent and any or all subcontractors will be

considered in Radius evaluation. The Respondent must furnish information to Radius as to the amount of

the subcontract, the qualifications of the subcontractor for guaranteeing performance, and any other data

that may be required by Radius. All subcontracts held by the Respondent must be made available upon

request for inspection and examination by appropriate Radius officials, and such relationships must meet

with the approval of Radius.

The Respondent must list any subcontractor’s name, address and the state in which formed that are

proposed to be used in providing the required products or services. The subcontractor’s responsibilities

under the proposal, anticipated dollar amount for subcontract, the subcontractor’s form of organization,

and an indication from the subcontractor of a willingness to carry out these responsibilities are to be

included for each subcontractor. This assurance in no way relieves the Respondent of any responsibilities

in responding to this RFP or in completing the commitments documented in the proposal. The

Respondent must indicate which, if any, subcontractors qualify as a Minority, Women or Indiana Veteran

Owned Business.

10. PROPOSAL CLARIFICATIONS AND DISCUSSIONS, AND CONTRACT DISCUSSIONS

Radius reserves the right to request clarifications on proposals submitted to Radius. Radius also reserves

the right to conduct proposal discussions, either oral or written, with Respondents. These discussions

could include requests for additional information, requests for cost or technical proposal revision, etc.

Additionally, in conducting discussions, Radius may use information derived from proposals submitted

by competing respondents only if the identity of the respondent providing the information is not disclosed

Page 12: REQUEST FOR P 18-01

Page 12 of 18

to others. Radius will provide equivalent information to all respondents which have been chosen for such

discussions. Discussions, along with negotiations with responsible respondents may be conducted for any

appropriate purpose.

Radius may request best and final offers from those Respondents determined to be reasonably viable for

contract award. However, Radius reserves the right to award a contract on the basis of initial proposals

received. Therefore, each proposal should contain the Respondent’s best terms from a price and technical

standpoint.

Radius will schedule all discussions. Any information gathered through oral discussions must be

confirmed in writing.

It is Radius’s expectation that a contract will result from this RFP. Any or all portions of this RFP and any

or all portions of the Respondent’s response may be incorporated as part of the final contract.

The term of the contract shall be for a period of 12 months from the date of contract award.

11. PROPOSAL EVALUATION CRITERIA

Radius has identified a group of personnel to act as a proposal evaluation team. Subgroups of this team,

consisting of one or more team members, will be responsible for evaluating proposals with regard to

compliance with RFP requirements. All evaluation personnel will use the evaluation criteria stated in this

section.

The procedure for evaluating the proposals against the evaluation criteria will be as follows:

a. Each proposal will be evaluated for adherence to requirements on a pass/fail basis.

Proposals that are incomplete or otherwise do not conform to proposal submission

requirements may be eliminated from consideration.

b. Each proposal will be evaluated on the basis of the categories included in this Section. A

point score has been established for each category.

c. If technical proposals are close to equal, greater weight may be given to price.

d. Based on the results of this evaluation, the qualifying proposal determined to be the most

advantageous to Radius, taking into account all of the evaluation factors, may be selected

for further action, such as contract negotiations. If, however, Radius decides that no

proposal is sufficiently advantageous, Radius may take whatever further action is deemed

necessary to fulfill its needs. If, for any reason, a proposal is selected and it is not

possible to consummate a contract with the Respondent, Radius may begin contract

preparation with the next qualified Respondent or determine that no such alternate

proposal exists.

Proposals will be evaluated based upon the proven ability of the Respondent to satisfy the requirements of

the RFP in a cost-effective manner. Each of the evaluation criteria categories is described below with a

brief explanation of the basis for evaluation in that category. The points associated with each category are

indicated following the category name (total maximum points = 100).

Page 13: REQUEST FOR P 18-01

Page 13 of 18

Summary of Evaluation Criteria:

Criteria Points

1. Adherence to Mandatory Requirements Pass/Fail

2. Management Assessment/Quality (Business and Technical Proposal)

50 points

3. Cost (Cost Proposal) 25 points

4. Minority (10) and Women Business (10) 20 points

5. Indiana Veteran Business Enterprise (IVBE) 5 points

Total 100

All proposals will be evaluated using the following approach.

Step 1

In this step proposals will be evaluated only against Criteria 1 to ensure that they adhere to Mandatory

Requirements. Any proposals not meeting the Mandatory Requirements may be disqualified.

Step 2

The proposals that meet the Mandatory Requirements will then be scored based on Criteria 2 and 3

ONLY. All proposals will be ranked on the basis of their combined scores for Criteria 2 and 3 ONLY.

This ranking will be used to create a “short list”. Any proposal not making the “short list” will not be

considered for any further evaluation.

Step 2 may include one or more rounds of proposal discussions, oral presentations, clarifications,

demonstrations, etc focused on cost and other proposal elements. Step 2 may include a second “short

list”.

Step 3

The short-listed proposals will then be evaluated based on all the entire evaluation criteria outlined in the

table above.

If Radius conducts additional rounds of discussions and a Best and Final Offer which leads to changes in

either the technical or cost proposal for the short-listed Respondents, their scores will be recomputed.

Page 14: REQUEST FOR P 18-01

Page 14 of 18

The Chief Executive Officer of Radius or their designee will, in the exercise of their sole discretion,

determine which proposal(s) offer the best means of servicing the interests of the State. The exercise of

this discretion will be final.

Page 15: REQUEST FOR P 18-01

Page 15 of 18

12. Attachment A

PROPOSAL SUBMISSION STATEMENT*

I AGREE TO ABIDE BY THE GENERAL TERMS AND CONDITIONS OF THIS RFP -18-01 AND CERTIFY THAT ALL INFORMATION PROVIDED IN THE RELATED

PROPOSAL IS CURRENT, ACCURATE AND VERIFIABLE, AND THAT I AM

AUTHORIZED TO SUBMIT THIS PROPOSAL ON BEHALF OF THE APPLICANT

ORGANIZATION.

SIGNATURE: __________________________________________________

NAME AND TITLE: _____________________________________________

APPLICANT ORGANIZATION: _____________________________________

MAILING ADDRESS: ____________________________________________

TELEPHONE NUMBER: __________________________________________

EMAIL ADDRESS: ___________________________________________

WEBSITE: ________________________________________________

DATE OF SUBMISSION: _______________________________________

* A FULLY COMPLETED AND SIGNED PROPOSAL SUBMISSION STATEMENT IS TO BE SUBMITTED

WITH THE APPLICANT ORGANIZATION’S PROPOSAL.

Page 16: REQUEST FOR P 18-01

Page 16 of 18

13. Attachment B

EQUAL OPPORTUNITY COMMITMENT

Pursuant to IC 4-13-16.5 and in accordance with 25 IAC 5, it has been determined that there is a

reasonable expectation of minority and woman business enterprises, as well as Indiana veterans business

enterprises opportunities on a contract awarded under this RFP. Failure to address these requirements may

impact the evaluation of your proposal.

MINORITY & WOMEN'S BUSINESS ENTERPRISES COMMITTMENT

In accordance with 25 IAC 5-5, the respondent is expected to submit with its proposal a MWBE

Commitment Form. The Form must show that there are, participating in the proposed contract, Minority

Business Enterprises (MBE) and Women Business Enterprises (WBE) listed in the Minority and

Women’s Business Enterprises Division (MWBED) directory of certified firms located at

http://www.in.gov/idoa/2352.htm. If participation is met through use of vendors who supply products

and/or services directly to the Respondent, the Respondent must provide a description of products and/or

services provided that are directly related to this proposal and the cost of direct supplies for this proposal.

Respondents must complete the Subcontractor Commitment Form in its entirety.

Failure to address these goals may impact the evaluation of your Proposal. Radius reserves the right to

verify all information included on the MWBE Commitment Form.

Respondents are encouraged to contact and work with MWBED at 317-232-3061 to design a commitment

as referenced in this solicitation.

Prime Contractors must ensure that the proposed M/WBE subcontractors meet the following criteria:

Must be listed on the IDOA Directory of Certified Firms, on or before the proposal due date

Must serve a commercially useful function. The firm must serve a value-added purpose on the

engagement.

Must provide goods or service only in the industry area for which it is certified as listed in the directory at

http://www.in.gov/idoa/2352.htm

Must be used to provide the goods or services specific to the contract.

National Corporate Diversity Plans are generally not acceptable

MINORITY & WOMEN’S BUSINESS ENTERPRISES RFP SUBCONTRACTOR LETTER OF

COMMITMENT

A signed letter(s), on company letterhead, from the MBE and/or WBE must accompany the MWBE

Subcontractor Commitment Form. Each letter shall state and will serve as acknowledgement from the

MBE and/or WBE of its subcontract amount subcontract amount as a percentage of the “TOTAL BID

AMOUNT”, a description of products and/or services to be provided on this project and approximate

date the subcontractor will perform work on this contract. The MWBE Subcontractor Commitment Form

is to be submitted alongside the respondent’s proposal. The Radius may deny evaluation points if the

letter(s) is not attached, not on company letterhead, not signed and/or does not reference and match the

Page 17: REQUEST FOR P 18-01

Page 17 of 18

subcontract amount, subcontract amount as a percentage of the “TOTAL BID AMOUNT” and the

anticipated period that the Subcontractor will perform work for this solicitation.

By submission of the Proposal, the Respondent acknowledges and agrees to be bound by the regulatory

processes involving the Indiana’s M/WBE Program. Questions involving the regulations governing the

MWBE Subcontractor Commitment Form should be directed to: Minority and Women’s Business

Enterprises Division at (317) 232-3061 or [email protected].

INDIANA VETERANS BUSINESS ENTERPRISE COMMITMENT

In accordance with Executive Order 13-04 and IC 5-22-14-3.5, it has been determined that there is a

reasonable expectation of Indiana Veterans Business Enterprises subcontracting opportunities on a

contract awarded under this RFP.

The IVBE Subcontractor Commitment Form is to be submitted alongside the respondent’s proposal. The

Form must show that they are participating in the proposed contract and IVBE firms that meet the

requirements listed at the Veteran’s Business Program website (http://www.in.gov/idoa/2862.htm). If

participation is met through use of vendors who supply products and/or services directly to the

Respondent, the Respondent must provide a description of products and/or services provided that are

directly related to this proposal and the cost of direct supplies for this proposal. Respondents must

complete the Subcontractor Commitment Form in its entirety. The amount entered in “TOTAL BID

AMOUNT” should match the amount entered in the Cost Proposal.

Failure to address these goals may impact the evaluation of your Proposal. The Department reserves the

right to verify all information included on the IVBE Subcontractor Commitment Form.

Prime Contractors must ensure that the proposed IVBE subcontractors meet the following criteria:

Must be listed on Federal Center for Veterans Business Enterprise VetBiz registry, on or before the

proposal due date:

Must qualify as a Buy Indiana Business under designation 1, on or before the proposal due date.

Must serve a commercially useful function. The firm must serve a value-added purpose on the

engagement.

Must provide goods or service only in the industry area for which it is certified as listed in the VetBiz

directory http://www.in.gov/idoa/2352.htm

Must be used to provide the goods or services specific to the contract.

INDIANA VETERAN’S BUSINESS ENTERPRISES RFP SUBCONTRACTOR LETTER OF

COMMITMENT

A signed letter(s), on company letterhead, from the IVBE must accompany the IVBE Subcontractor

Commitment Form. The signed letter(s) and the IVBE Subcontractor Commitment Form are to be

submitted alongside the respondent’s proposal. Each letter shall state and will serve as acknowledgement

from the IVBE of its subcontract amount, subcontract amount as a percentage of the “TOTAL BID

AMOUNT”, a description of products and/or services to be provided on this project, approximate date

the subcontractor will perform work on this contract and (enter a way of stating/showing their principal

Page 18: REQUEST FOR P 18-01

Page 18 of 18

place of business is in Indiana). Radius may deny evaluation points if the letter(s) is not attached, not on

company letterhead, not signed and/or does not reference and match the subcontract amount, subcontract

amount as a percentage of the “TOTAL BID AMOUNT” and the anticipated period that the

Subcontractor will perform work for this solicitation.

By submission of the Proposal, the Respondent acknowledges and agrees to be bound by the policies and

processes involving the Indiana’s IVBE Program. Questions involving the regulations governing the

IVBE Subcontractor Commitment Form should be directed to: [email protected].